Tender

The Wallace Collection Masterplan - Building Services Engineer and Sustainability Consultant

  • The Wallace Collection

F02: Contract notice

Notice identifier: 2024/S 000-038305

Procurement identifier (OCID): ocds-h6vhtk-04c070

Published 27 November 2024, 1:56pm



The closing date and time has been changed to:

10 January 2025, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

The Wallace Collection

Hertford House, Manchester Square, W1U 3BN

London

W1U3BN

Contact

Sian English

Email

sian.english@gardiner.com

Telephone

+44 7741323814

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.wallacecollection.org

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Wallace Collection Masterplan - Building Services Engineer and Sustainability Consultant

two.1.2) Main CPV code

  • 71315210 - Building services consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Wallace Collection (TWC) is seeking to appoint a Building Services Engineer and Sustainability Consultant for a significant re-development project as part of TWC’s Masterplan. The completion of a full RIBA Stage 4 design is required, along with RIBA Stage 5/6/7 services. Tenderers must demonstrate sufficient capability to support the procurement and delivery of the project at the Wallace Collection in Westminster, London.

The Building Services Engineer’s scope includes the design of mechanical, electrical, and public health services, and coordinating below-ground drainage with the Structural/Civil Engineer. It also involves integrating electrical and data cabling specified by specialist consultants (e.g., IT/AV, security, fire, and catering) and addressing catering-related electrical, ventilation, and drainage needs. Additionally, the scope covers vertical transport systems and ambient/emergency lighting, ensuring alignment with architectural and exhibition lighting designers’ requirements.

The Sustainability Consultant will lead the development and implementation of the project’s sustainability framework, ensuring alignment with the Client's objectives and compliance with relevant legislation and standards. The scope includes acting as the BREEAM Accredited Professional and Assessor, guiding the integration of sustainability measures into the design and construction phases, and coordinating with stakeholders, including the BRE and planning authorities.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71315000 - Building services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster

two.2.4) Description of the procurement

The Wallace Collection (TWC) is seeking to appoint an Building Services Engineer and Sustainability Consultant for a significant re-development project as part of TWC’s Masterplan.

The services will be procured in accordance with the Restricted Procedure. A first stage Selection Questionnaire followed by a second stage Invitation to tender (ITT). This is further described in the procurement documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in tender documentation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

1 January 2025

Local time

5:00pm

Changed to:

Date

10 January 2025

Local time

5:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

3 February 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233311.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:233311)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit